Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

Y -- IDIQ for Roof Replacement/Repair - Solicitation Package

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
693JF718R000027
 
Archive Date
9/1/2018
 
Point of Contact
Judy Bowers, Phone: 2023661913
 
E-Mail Address
judy.bowers@dot.gov
(judy.bowers@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications Specifications Specifications Specifications Specifications Specifications Specifications Specifications Specifications Specifications Specifications Pricing Sheet Pictures Evaluation Criteria Past Performance Questionnaire Statement of Work Solicitation Solicitation Number: 693JF718R000027 Notice Type: Solicitation This solicitation is being issued for a request for proposal (RFP) for a Single Award Construction Contract (SACC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract, for the Maritime Administration, U. S. Merchant Marine Academy will be issued not sooner than 30 days from the closing date of this solicitation. The Government anticipates awarding only one contract as a result of this RFP. Subsequent task orders under the SACC program will then be competed using the one SACC awardee to fulfill selected construction requirements at this location. The minimum guaranteed amount, for the life of all subsequent contracts, is $100,000.00 per contract. The maximum amount of the SACC program is $6,000,000.00 aggregate for all contracts awarded under this solicitation. The Government reserves the right to use other means of contracting for construction in addition to issuing task orders on the SACC. The United States Merchant Martine Academy (USMMA) is an agency of the Maritime Administration (MARAD) managed by the United States Department of Transportation. The USMMA is listed as a National Historic District on the National Register of Historic Places. The American Merchant Marine Museum (the former William S. Barstow house), is part of the academy; however, it is listed separately on the National Register. Therefore, all work shall be consistent with the Secretary of the Interior's Standards for the Treatment of Historic Properties (36 CFR part 68) http://www.nps.gov/tps/standards/four-treatments/treatment-guidelines.pdf. and shall meet or exceed the standards provided in the Secretary of the Interior's Standards for Rehabilitation and guidelines for applying the standards published by the National Park Service, U.S. Department of the Interior 36 CFR 67.7 - Standards for rehabilitation. All work shall be in accordance with the statement of work and drawings provided for the paving, sidewalk, parking area and related paving projects and all subsequent task orders. Work will consist of furnishing a qualified, licensed and insured contractor to provide labor, material, transportation, tools, equipment and supervision for paving projects. Prior to submitting a proposal, Contractor are strongly encouraged to attend a scheduled walk-throughs. The selected contractor shall follow the New York State Department of Transportation Standard. For each proposal package submitted, a 100% Performance Bond should be submitted within 10 days after award. Specifications, shall be responsible for completing : POTENTIAL OFFEROR NOTE A: Funds are available for a total of two projects for this requirement. Award will be made contingent upon the availability of funds on future projects. This announcement is a Total Small Business set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/. ATTENTION: DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website DOT Short-Term Lending Program. POTENTIAL OFFEROR NOTE B: This RFP is being issued for competition between Total Small Business concerns under NAICS Code 238160 Roofing Contractors with a size standard of $15 Million dollars; however, it is anticipated that work in other construction disciplines will also be awarded under the resultant contract(s). Solicitation and any subsequent amendments will be posted through the electronic posting system FedBizOpps ( http://fbo.gov/ ). Paper copies will not be provided. Contractors will be solely responsible for monitoring the Internet and obtaining the solicitation documents and any subsequent amendments. Interested offerors must ensure they are registered with the System for Award Management (SAM) in accordance with FAR 52.204-7, System for Award Management. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. Quoters must be registered with an "active" profile in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation; the SAM website is www.SAM.gov. It is the bidder's responsibility to check www.fbo.gov as often as necessary to view posted changes to this synopsis and/or updates/amendments. In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2; the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/ ; https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html Description of requirements for the items to be acquired: Firm Fixed Priced requirements for the U. S. Merchant Marine Academy, Kings Point, NY, in accordance with the attached Statement of Work. Pricing shall include all costs necessary to accomplish the services in the statement of work (including but not limited to: overhead, general and administrative, profit, insurance, transportation, labor hours, equipment and supplies). Provide an estimated period of performance to complete each project. Past performances form from three (3) recent contracts performance should be sent directly from the contractor to judy.bowers@dot.gov by the closing date. Submit your technical qualifications proposal package by Friday, August 17, 2018, at 12:00noo, EST to judy.bowers@dot.gov Sr. Contracting Officer: Judy Bowers DOT/Maritime Administration, MAR-380 1200 New Jersey Avenue, SE, W26-418 Washington, DC 20590 United States Technical Point of Contract: Richard Ronde, Jr. 516-726-5606 ronder@usmma.edu
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF718R000027/listing.html)
 
Place of Performance
Address: U. S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
Zip Code: 11024
 
Record
SN04997333-W 20180720/180718231140-ccecd757bbc16c9cf22cd0617d733faa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.